SLED Opportunity · FLORIDA · CITY OF CLEARWATER

    2026 Underdrain Improvement

    Issued by City of Clearwater
    cityInvitation To BidCity of ClearwaterSol. 221119
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Mar 4, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The City of Clearwater seeks bids for the 2026 Underdrain Improvement Project involving removal and replacement of underdrains, concrete, asphalt, curbing, and sidewalks. The contract is for annual maintenance with possible renewal up to three years.

    Opportunity details

    Solicitation No.
    221119
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    city
    Published Date
    March 4, 2026
    Due Date
    April 9, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Clearwater
    State
    Florida
    Agency
    City of Clearwater

    Description

    The 2026 Underdrain Improvement Project consists of all labor, materials, equipment and tools necessary for the removal and replacement of existing concrete and asphalt driveways, curbing, sidewalks and other materials encountered along the underdrain replacement and/or installation route.  Attachment 1 contains a list of locations and lengths where underdrains are reported to be in need of maintenance or replacement.  Additional locations and lengths may be added to or removed from this list at the discretion of the City.

    The work consists of the removal of existing underdrains and associated appurtenances, and the installation of new 8” PVC perforated pipe, cleanouts, fittings and couplers, and non-perforated PVC pipe along certain roads and locations within the City of Clearwater, FL, and the connecting of the same to the piped stormwater drainage system where directed and necessary.

    The intent of this bid is to obtain competitive prices to establish an annual maintenance contract for these  services. All quantities are estimates only and the city of Clearwater (city) is not obliged to purchase any minimum or maximum amount during the contract. All the work is to be administered per Section III, Section 11.3, Unit Price Work, of the Contract Documents.

    The city reserves the right to increase funds during the contract term if work exceeds original estimates, subject to required authorizations. Beyond the initial one-year term, the city reserves the right to renew the contract for up to three (3) years.

    The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County (if applicable) in the bid response.

    The Contractor shall provide Portable project signs as described in Section III, Section 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor’s schedule of work submitted for approval. Additional project signs may be required at no additional cost to the city due to the Contractor’s schedule of work

    Project Details

    • Reference ID: 26-0016-EN
    • Department: Public Works
    • Department Head: Marcus Williamson (Department Director)

    Important Dates

    • Questions Due: 2026-03-25T21:00:49.047Z
    • Pre-Proposal Meeting: 2026-03-12T14:00:23.183Z — Zoom

    Addenda

    • Official Notice #1: Prebid Meeting and Sign In Sheet (released 2026-03-12T14:44:48.567Z)

    Evaluation Criteria

    • SCOPE OF WORK

      Project Name: 2026 Underdrain Improvement

      Project Number: 26-0016-EN

      Scope of Work:

      The 2026 Underdrain Improvement Project consists of all labor, materials, equipment and tools necessary for the removal and replacement of existing concrete and asphalt driveways, curbing, sidewalks and other materials encountered along the underdrain replacement and/or installation route.  Attachment 1 contains a list of locations and lengths where underdrains are reported to be in need of maintenance or replacement.  Additional locations and lengths may be added to or removed from this list at the discretion of the City.

      The work consists of the removal of existing underdrains and associated appurtenances, and the installation of new 8” PVC perforated pipe, cleanouts, fittings and couplers, and non-perforated PVC pipe along certain roads and locations within the City of Clearwater, FL, and the connecting of the same to the piped stormwater drainage system where directed and necessary.

      The intent of this bid is to obtain competitive prices to establish an annual maintenance contract for these  services. All quantities are estimates only and the city of Clearwater (city) is not obliged to purchase any minimum or maximum amount during the contract. All the work is to be administered per Section III, Section 11.3, Unit Price Work, of the Contract Documents.

      The city reserves the right to increase funds during the contract term if work exceeds original estimates, subject to required authorizations. Beyond the initial one-year term, the city reserves the right to renew the contract for up to three (3) years.

      The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County (if applicable) in the bid response.

      The Contractor shall provide Portable project signs as described in Section III, Section 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor’s schedule of work submitted for approval. Additional project signs may be required at no additional cost to the city due to the Contractor’s schedule of work

    • Section IV - Technical Specifications

      Section IV - Technical Specifications can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering-Construction-Bid-Information/Contract-Specifications

       

    • Section V - Contract Documents

      Section V - Contract Documents can be found on the City's website at:  https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering-Construction-Bid-Information/Contract-Specifications

    Submission Requirements

    • Certified Business (required)

      Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise?

    • Certified Business Type (required)

      Pick one of the following

    • Certifying Agency (required)

      List the Agency that provided your certification.

    • Certification Documentation (required)

      Provide a copy of your certification

    • Vendor Certification (required)

      By submitting this response, the Vendor hereby certifies that:

      1. It is under no legal prohibition on contracting with the City of Clearwater.
      2. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents.
      3. It has no known, undisclosed conflicts of interest.
      4. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices.
      5. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract.
      6. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices.
      7. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders.
      8. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency.
      9. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City.
      10. It is current in all obligations due to the City.
      11. It will accept all terms and conditions as set forth in this solicitation if awarded by the City.
      12. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein.
    • E-Verify System Certificattion (required)

      PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES.

      The affiant, by virtue of confirming below, certifies that:

      1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.
      2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees.
      3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system.
      4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien.
      5. The Contractor must maintain a copy of such affidavit.
      6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c).
      7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated.
      8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract.
    • Scrutinized Company Certification (required)

      Please download the below documents, complete, notarize, and upload.

    • Compliance with Anti-Human Trafficking Laws (required)

      Please download the below documents, complete, and upload.

    • Section V - Contract Documents (required)

      Please download the below documents, complete, and upload.

    • W-9 (required)

      Upload your current W-9 form.  (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf)

       

    Questions & Answers

    Q (Scope of Work): In meeting agenda under scope of work it calls out for installation of new 6" PVC. In the contract documents & pricing sheet it calls out for installation of new 8" PVC. Please confirm which size is correct.

    A: It is 8"


    Q ( Prebid Meeting and Sign In Sheet): I attended the pre-bid meeting and signed in via the chat, following the instructions in the recommended pre-bid meeting agenda. However, I do not see my name on the list. Do you need my name on the sign-in sheet to submit a bid? If so, how can we get the sign-in sheet adjusted?

    A: The sign-in sheet has been updated.


    Q (Sign In Sheet): I attended the pre-bid meeting, but my name is not on the sign in sheet. Can I have my name added?

    A: The sign-in sheet has been updated.


    Q (QUANTITY CLARIFICATION): On the quantity sheet it calls out for 15,000 LF of 8" underdrain. In the pre-bid meeting and on the Repair & Replace List it has a total of 78,000 LF of underdrain replacement. Please confirm which quantity.

    A: The quantity of underdrain known to be in need of replacement is in excess of 78,000 feet as detailed the Repair & Replace List contained in the project documents. The first year of this annual contract has been funded to replace only a portion of the known need, which is 15,000 feet.


    Q (Engineer Estimate): Can you please provide the engineers estimate for this contract.

    A: A document or electronic file revealing the official cost estimate of the department of a project is confidential and exempt from the provisions of s. 119.07(1) until the contract for the project has been executed or until the project is no longer under active consideration. This information will be withheld until after the Award of Bid


    Q (No subject):

    A: The locations addresses are provided in the bid the bid documents - what else will be provided for each location regarding the structures that the underdrains will be tied into (to drain)? The documents assembled for the Bid Package are comprehensive and contain locations requiring over 78,000 feet of underdrain replacement. Following award, Engineering and Maintenance support will be provided to the successful bidder for each location selected, and will address and confirm the structure that each underdrain is to be tied into.


    Q (Grout filling of existing pipe): Is the size of the existing pipe that needs to be grout-filled 8 inches, or does it vary? If it varies, what other sizes of existing pipe need to be grout-filled?

    A: The pipe sizes of the existing underdrain vary, and all existing underdrain pipes require grout-filling, which is paid by cubic yd volume used for each filling


    Q (Asphalt mix for drive ways. ): Line item 12 specifies 1,000 SY of removal and replacement of existing 1.5" asphalt driveways. It does not specify the type of asphalt mix that needs to be reinstalled. What asphalt mix is expected to be used for the new asphalt driveways?

    A: Refer to the Bid Specs in Section IV, and Section 705 and 703 of the City's Engineering Standards for approved HMA mixes.


    Q (Video and photos): Will a pre- and post-video be required for the numerous locations involved in this project? Will progress photos need to be taken during the project? If so, how often?

    A: Please refer to Section IV contract documents, Technical Specifications, 105 Audio/Video Recording of Work Areas; 105.12 Costs of Video Services regarding the need for Pre and Post videos. Progress photos are not required, but recommended; the frequency can be discussed during the Pre-Construction meeting.


    Q (No subject): Hello, i was unable to attend the prebid due to an emegency. would the owner still consider allowing us to submit a bid?

    A: You will be eligible to submit a bid provided your company is prequalified with the City. The required prequalification category is Sanitary & Storm Sewers with a minimum qualification amount of $3 million.


    Q (No subject): Could you please explain the process for getting pre qualified? and is there sufficient time to do so before the bid date?

    A: The prequalification deadline is March 25, 2026. The following link contains the information on prequalification : https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Public-Works-Engineering-Construction-Bid-Information


    Q (Mailboxes): There is no bid item for mailbox resets / replacements. The list of addresses isn’t clear on starting and stopping points. Please include an item for both standard and masonry mailboxes per each.

    A: The underdrain replacement is not believed to require any mailbox removal or replacement. If there should be a location where this may be REQUIRED, Stormwater staff will do the removal and replacement outside of the contract.


    Q (Mailboxes): Some of the custom masonry mailboxes (poorly constructed) within the right-of-way may fall apart when removed for underdrain installation. Is the contractor responsible for replacing these mailboxes in kind?

    A: The underdrain replacement is not believed to require any mailbox removal or replacement. If there should be a location where this may be REQUIRED, Stormwater staff will do the removal and replacement outside of the contract.


    Q (Brick Pavers): There is no item for brick pavers, please advise.

    A: Any brick paver drive approaches within the public ROW are there at the risk of the property owner. Any brick paver driveway approaches will be addressed by Stormwater and ROW staff with the property owner before any work is authorized.


    Q (Roadway Base): Is the 10” roadway base item intended for all base under driveways (brick paver and asphalt)?

    A: Yes


    Q (Existing Utilities): There is no pay item for adjustment of existing utilities (water, sanitary, reclaim), please advise.

    A: All utility crossings/conflicts must be fully exposed by the UD contractor prior to commencing underdrain installation work. Following contractor notification of the conflict, each instance where a utility may be in conflict with a proposed underdrain will be addressed by Stormwater and Utility engineering and staff. The underdrain contractor will not be expected to make any utility conflict relocations.


    Q (Privately owned features): There is no pay item for removal & replacement of privately owned features within the right-of-way and within the footprint of proposed work, please advise.

    A: Privately-owned features will be addressed by Stormwater staff, outside of the contract, and are not anticipated to be a contractor-provided expense.


    Q (Custom Driveways): There is no pay item for painted or textured concrete driveway replacements, please advise.

    A: No - all improvements beyond what is specified in the City Standards and Specs are the property owner's responsibility.


    Q (Irrigation): There is no item for irrigation replacements / fixes, please advise as to where this cost shall be borne.

    A: Private irrigation lines are not permitted to be in the public ROW. Removal and replacement/repair is the responsibility of the property owner.


    Q (UNDERDRAIN INSPECTION BOX): What plan details should we use for the dimensions of the Pinellas County Underdrain inspection box type 1?

    A: Refer to Pinellas County Supplemental Specifications for Roadway and General Construction, Articles 425 and 440


    Q (No subject): what do these under drains tie into and what purpose do they serve?

    A: The purpose of an Underdrain is to provide subsurface drainage for nuisance water. Each underdrain typically ties into the a subsurface stormwater pipe and/or structure, however an underdrain may also drain to a surface outfall, depending upon topography.


    Q (Number of driveways.): Which driveway addresses are included in the 1,000 SY for the removal and replacement of the existing 1.5-inch asphalt driveway? This is for the current pricing sheet included in the invitation to bid.

    A: The specific addresses and locations have not yet been determined.


    Key dates

    1. March 4, 2026Published
    2. April 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.